NOTICE OF INTENT TO SOLE SOURCE REQUIREMENT
36C25024Q0093
The Department of Veterans Affairs, VA Healthcare System, VISN 10, Contracting
activity intends to negotiate a sole source contract under Simplified Acquisition
Procedures and the authority of FAR Part 6.302-1, Only One Responsible Source
for the deliverables outlined below. The associated NAICS code for this is 325413.
The business size is 1,250 employees. The vendor will be CEPHEID GENEXPERT.
The Contractor shall provide all the below supplies to the Pathology and Laboratory
Medicine Service at the Cincinnati VA Medical Center, 3200 Vine Street, Cincinnati,
Ohio 45220. Reference Part II Section G Participating Facility. Description of the
requirement:
VA Cincinnati Ohio Health Care Center
Cepheid GeneXpert Supplies/CPT – Statement of Work
FY 2024
Part I: General Information
A. Introduction: The Microbiology section of Pathology & Laboratory Medicine Service at
the Cincinnati Veterans Affair Medical Center requires a contract/certified invoice with
Cepheid for MRSA NXG, C. diff, CT/NG, MTB, MVP, CARBA-R, DISPOSABLE
SWAB, XPERT SWAB and COLLECTION KIT A URINE PCR cartridges and collection
kits compatible with the Cepheid GeneXpert system. Cepheid GeneXpert is the only
vendor to provide PCR testing cartridges for the Cincinnati VAMC GeneXpert
equipment. Contracted vendor shall provide products of a quality meeting or
exceeding current recognized national standards as established by The Joint
Commission and College of American Pathologists. All software license costs and
accessories required for operation, but not included with the system, need to be
specified by the vendor. This must include all testing currently performed on this
analyzer with the potential to add select testing as available and needed via
amendment.
B. Background: The VA Cincinnati Medical Center is responsible for providing MRSA
NXG, C. diff, CT/NG, MTB, MVP, CARBA-R, DISPOSABLE SWAB, XPERT SWAB
and COLLECTION KIT A URINE PCR cartridges and collection kits testing services to
our veteran patients and providers. The contract is to provide the supplies, reagents,
maintenance and technical support required to continue running this equipment. This
testing is performed on a Cepheid GeneXpert module system at the VA Cincinnati
Medical Center.
C. Scope: The vendor will provide supplies, reagents, and service as necessary to
support operation of the Cepheid GeneXpert equipment at the Cincinnati VA Medical
Center. This requirement will be for a Base + 4 option year Blanket Purchase
Agreement (BPA). Additional tests/reagents may be added to the BPA as new
technology becomes available on the market by supplemental agreement of the
Government and the Contractor. Supply and reagent volumes listed in section B.1.i
may be increased or decreased by supplemental agreement of the Government and
the Contractor.
D. Contractor must submit the following with the quote or the RFQ will be considered non-responsive:
1. Warranty information
2. Delivery terms
Part II: Work Requirements
A. Technical Requirements:
1. The contractor shall have the capability of providing reagents, supplies, technical support, routine and non-routine maintenance services for the Cepheid GeneXpert instrument. The testing currently performed and reagents that must be available include:
i. C. difficile
ii. MRSA NXG
iii. CT/NG
iv. MTB
v. MVP
vi. CARBA-R
vii. DISPOSABLE SWAB
viii. XPERT SWAB
ix. COLLECTION KIT A URINE PCR cartridges
x. Collection kits compatible with the Cepheid GeneXpert
2. The contractor shall provide reagents on a cost per test (CPT) basis.
3. The contractor shall include routine and non-routine service as part of the CPT pricing.
4. The contractor shall include all supplies required to perform the testing listed and obtain a reportable result in addition to reagents as part of the CPT pricing.
5. The contractor shall have technical assistance available 24/7 by phone to assist with troubleshooting.
6. The contractor shall provide routine and non-routine service during normal business hours.
7. The testing must be performed using Polymerase Chain Reaction (PCR).
B. Deliverables:
1. Reagents and supplies will be delivered on the following schedule.
i. Delivery Schedule: Cincinnati VA Medical Center
SCHEDULE
DESCRIPTION
QTY
UNIT
PCR Cartridges for: MRSA SA Comp (10 test kit)
1100
CS
PCR Cartridges for: C. difficile (10 test kit)
48
CS
PCR Cartridges for: CT/NG (10 test kit)
105
CS
PCR Cartridges for: MTB (10 test kit)
100
CS
PCR Cartridges for: MVP (10 test kit)
105
CS
PCR Cartridges for: CARBA-R (10 test kit)
10
CS
Collection kit for: Single-use disposable swabs (120)
20
CS
Collection kit for: XPERT swab (50)
50
CS
Collection kit for: Collection kitA urine (50)
25
CS
2. Unanticipated delays in shipment will be communicated directly to the VA
Cincinnati VAMC laboratory before the expected deliver time is exceeded.
3. Telephone technical support will be available 24/7/365.
4. On-site service will be scheduled within 24 hours when determined to be
necessary.
5. This agreement shall govern the terms and conditions and prices under which
the contractor shall furnish, and the Federal Government shall order the testing
supplies for Pathology and Laboratory Medicine Service at the Cincinnati VA
Medical Center, 3200 Vine Street, Cincinnati, Ohio 45220.
C. PAYMENT
The Department of Veterans Affairs Financial Services Center (VAFSC) is the
Designated Agency Office for all payments of invoice as defined in the Prompt
Payment Act (PPA). Invoices need to be submitted to Austin, Texas via the OB10
system. Payment will be submitted through the IPPS system.
D. Pricing
The pricing for supplies is based on quotes provided from vendor.
E. Invoices
All supplies purchased under this agreement shall be documented on a certified invoice.
The invoice shall contain the following minimum information:
• A valid certified PO number
• Contractor’s name and remittance address
• Invoice number or other payment identification that the contractor will designate
• Date of Invoice
• Contract Number
• Obligation Number
• Description of supplies purchased quantity of each supply and unit price of each
supply.
• Total dollar amount of invoice.
• Discount terms, if applicable.
F. Extent of Obligation
The Federal Government is obligated only to the extent of authorized calls actually
placed against this agreement. Only specific laboratory services shall be provided and
those services only if and when ordered. The Federal Government will not order and
shall not be obligated for medicines, supplies or equipment under this agreement.
NOTE: The Federal Government will place calls to all contract agency when laboratory
supplies are needed, the first contract agency to fill the need will be the one used.
G. Participating Facility:
Cincinnati Ohio VA HealthCare Center
3200 Vine Street
Cincinnati, Ohio 45220
H. Period of Performance: Base year: April 15, 2024 – April 14, 2025
Option Year 1: April 15, 2025 – April 14, 2026
Option Year 2: April 15, 2026 – April 14, 2027
Option Year 3 April 15, 2027 – April 14, 2028
Option Year 4: April 15, 2028 – April 14, 2029
A firm fixed price contract with option years is anticipated and shall be awarded. It is the Government's belief that only the proposed candidate possesses the required capabilities to successfully meet this requirement. It is the Government's intention to solicit and negotiate with only this source.
This notice of intent is not a request for competitive quotes or proposals. It is not a solicitation or request for offers. No solicitation package is available. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Responses shall include: (1) Business Name and Address, (2) GSA, FSS etc. Contract Number, (3) Point of Contact Name, Phone Number and E-Mail Address (4) UEI (SAM) and NAICS code (5) Business Size (6) Type of Business.
Responses shall be submitted to Dwight Petsche, Contracting Officer, at [email protected] no later-than Tuesday, November 14, 2023 at 5:00pm EST.